Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOURCES SOUGHT

20 -- Fin Stabilizer & Rudder Overhaul

Notice Date
6/26/2013
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG8014_FINS_RUDDERS
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: REPAIR OF FIN STABILIZERS AND RUDDERS FOR 110 FT PATROL BOATS This is a SOURCES SOUGHT NOTICE; not a pre-solicitation notice or solicitation for proposals/quotations. The United States Coast Guard, Surface Forces Logistics Center, Norfolk, VA is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), or for small businesses. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: The U.S. Coast Guard intends to issue a solicitation for a Requirements Contract. The base performance period will be January 27, 2014 to January 26, 2015; with four option years (if exercised). The NACIS code is 332710 and the standard size is 500 employees. To identify sources capable of providing the following: Contractor to provide all necessary facilities, materials, equipment, and personnel to open, inspect and perform repairs of both marine fin stabilizers (Stock 2040-99-726-4768) and rudders (Stock 2040-01-223-2674) for US Coast Guard 110' Foot Patrol Boats. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Anticipated Period of Performance: The period of performance is anticipated to be for one base year and four option years (if exercised). Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies shall respond to this Sources Sought Notice via e-mail to Nancy.M.Brinkman@uscg.mil or via fax to (757) 628-4676 (Attn: Nancy Brinkman /CPD1-PBPL) no later than 8 July 2013 @ 10:00 a.m., Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. 8(a) Small Business Concern b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Small Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, you must provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, you must provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, you must provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 332710. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 332710. 5. Statement of Proposal Submission: Provide a statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. CCR: Interested parties should register in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG8014_FINS_RUDDERS/listing.html)
 
Place of Performance
Address: n/a, United States
 
Record
SN03100218-W 20130628/130626235042-bf90f2fd522ea8c22e432bd439301675 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.